Electrical Installation for Modular Building
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The USDA Agricultural Research Service (ARS) has issued a Combined Synopsis/Solicitation (RFQ 1232SA26Q0125) for Electrical Installation on a Modular Building in Prosser, WA. This Total Small Business Set-Aside seeks a contractor to provide a fully functional electrical distribution system for a modular laboratory. The anticipated award is a Firm-Fixed Price contract to be completed within six months. Quotations are due by February 06, 2026, at 4:00 PM Central Time.
Scope of Work
The contractor will be responsible for furnishing all labor, materials, equipment, supervision, permits, and incidentals to install a 120/240V three-phase electrical power system. This includes:
- Obtaining a Developer's Agreement from Benton Public Utility District No. 1.
- Conducting an on-site assessment.
- Designing and implementing the electrical distribution system.
- Installing necessary components (transformer bank, meter base, distribution panel, conduit, grounding).
- Obtaining all required permits and inspections.
Contract & Timeline
- Type: Request for Quotation (RFQ), anticipated Firm-Fixed Price contract.
- Duration: Six months.
- Set-Aside: Total Small Business Set-Aside (NAICS 238210, size standard $19.0 Million).
- Published Date: January 22, 2026.
- Site Visit: January 29, 2026, at 8:30 AM PST. RSVP to lynn.hults@usda.gov by January 28, 2026, 3:00 PM CST.
- Questions Due: February 06, 2026, at 4:00 PM Central Time to lynn.hults@usda.gov.
- Quotations Due: February 06, 2026, at 4:00 PM Central Time.
Evaluation and Award
Award will be made to the offeror representing the best value to the Government, utilizing a Lowest Price Technically Acceptable (LPTA) evaluation method based on FAR 12.203. The evaluation will consider:
- Price: Must provide pricing for all items/base period, evaluated for fairness and reasonableness.
- Technical Acceptability: Requires a sound, compliant approach demonstrating a thorough understanding of requirements and a detailed explanation of performance ability.
- Past Performance: Evaluated as "acceptable" or "neutral," using references, USDA contract information, and CPARS. Only the lowest-priced offer will be evaluated for technical acceptability and past performance initially.
Special Requirements
- Prospective vendors must obtain a Developer's Agreement from Benton Public Utility District No. 1.
- Compliance with all federal, state, and local electrical codes, and USDA ARS site requirements is mandatory.
- Contractor personnel must be qualified, licensed electricians.
- The solicitation incorporates numerous FAR and AGAR clauses by reference, including specific provisions for Anti-Discrimination and Diversity, Equity, and Inclusion (DEI) Compliance (AGAR 452.222-71) and Modification for Contract Closeout (AGAR 452.204-70).
- The USDA Ombudsman Program for Agency Protests is available for dispute resolution.